SOLICITATION NOTICE
D -- 179CW SIP Service
- Notice Date
- 6/4/2024 9:40:28 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517810
—
- Contracting Office
- W7NU USPFO ACTIVITY OHANG 179 MANSFIELD OH 44903-8049 USA
- ZIP Code
- 44903-8049
- Solicitation Number
- W50S8R-24-R-5008
- Response Due
- 6/6/2024 10:00:00 AM
- Archive Date
- 07/30/2024
- Point of Contact
- James E Kliewer
- E-Mail Address
-
james.kliewer.2@us.af.mil
(james.kliewer.2@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation W50S8R-24-R-5008 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-04. This solicitation is set-aside 100 percent for Small Business. The NAICS code that applies is 517810 and business size is $40M. This action will result in a FFP purchase order, utilizing simplified acquisition procedures under Full and Open competition After Exclusion of Sources. Requirement is for Session Initiation Protocol (SIP) Telephony Services; see Attachment 2 Performance Work Statement, and other attachments, for further details. Site Visit Information: There will be NO site Visit. Contract Line Items: Base: CLINs 0001 Description:� The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified in Paragraph 3.0 as Government Furnished, to provide Session Initiation Protocol (SIP) Telephony Services, as defined in Attachment 2 Performance Work Statement. Session Initiation Protocol (SIP) Telephony Service � Base Year PoP: 17 September 2024 � 16 September 2025 Qty: 12 Unit of Measure: Months Unit Cost: Total Cost: Option Year 1 CLINs 1001 Description:� The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified in Paragraph 3.0 as Government Furnished, to provide Session Initiation Protocol (SIP) Telephony Services, as defined in Attachment 2 Performance Work Statement. Session Initiation Protocol (SIP) Telephony Service � Base Year PoP: 17 September 2025 � 16 September 2026 Qty: 12 Unit of Measure: Months Unit Cost: Total Cost: Option Year 2 CLINs 2001 Description:� The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified in Paragraph 3.0 as Government Furnished, to provide Session Initiation Protocol (SIP) Telephony Services, as defined in Attachment 2 Performance Work Statement. Session Initiation Protocol (SIP) Telephony Service � Base Year PoP: 17 September 2026 � 16 September 2027 Qty: 12 Unit of Measure: Months Unit Cost: Total Cost: Option Year 3 CLINs 3001 Description:� The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified in Paragraph 3.0 as Government Furnished, to provide Session Initiation Protocol (SIP) Telephony Services, as defined in Attachment 2 Performance Work Statement. Session Initiation Protocol (SIP) Telephony Service � Base Year PoP: 17 September 2027 � 16 September 2028 Qty: 12 Unit of Measure: Months Unit Cost: Total Cost: Option Year 4 CLINs 4001 Description:� The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified in Paragraph 3.0 as Government Furnished, to provide Session Initiation Protocol (SIP) Telephony Services, as defined in Attachment 2 Performance Work Statement. Session Initiation Protocol (SIP) Telephony Service � Base Year PoP: 17 September 2028 � 16 September 2029 Qty: 12 Unit of Measure: Months Unit Cost: Total Cost: ADDENDUM TO 52.212-2 1 BASIS FOR CONTRACT AWARD: This solicitation is for a Firm Fixed Price Contract. The Government intends to award a single contract to a qualified Small Business Offeror deemed responsible in accordance with the Federal Acquisition Regulation (FAR), whose quote conforms to all solicitation requirements and is judged to represent the Best Value to the Government in accordance with the evaluation scheme set out in this solicitation. The award will be made based on the lowest price, technically acceptable offer IAW FAR 15.101-2. Best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price, with appropriate consideration given to the three (3) evaluation factors: Responsiveness, Technical, and Price. 2 EVALUATION FACTORS FOR AWARD: The evaluation factors are (1) Responsiveness, (2) Technical and (3) Price. To arrive at a Best Value decision, the Contracting Officer will integrate the evaluation of Responsiveness, Technical and Price as set out in the solicitation. The overarching evaluation approach for all factors and subfactors is to determine the acceptability of the response. The quote will be evaluated to determine whether each requirement has been addressed in the quote in order to meet the acceptability standards described in the solicitation. (a) Responsive Offerors. Initially, the government shall evaluate the quote on a pass/fail basis. The quotes shall be evaluated on whether offerors have submitted a complete package to include: Technical Documentation: Provide a detailed staffing plan to clearly explain how your company will manage and perform the service in accordance with Attachment 2- Performance Work Statement Provide Outage and Restoration Plan in accordance with Attachment 2- Performance Work Statement Provide a Phase in plan to appropriately reflect how the offeror will meet the phase in period to port 2,000 lines within 90 days of award in accordance with Attachment 2 Performance Work Statement. RESPONSIVE OFFEROR RATING Rating Description PASS Offeror has returned a complete proposal package. FAIL Offeror has NOT returned a complete proposal package. (b) Technical Evaluation. Technical Capability will be evaluated on an Acceptable/Unacceptable basis utilizing the product specifications provided to the Government.� To be determined Technically Acceptable, the offerors quoted product must meet all required characteristics. An offeror shall obtain an �Acceptable� rating to continue further in the competition. Offerors who are deemed to merit an �Unacceptable� rating in the Technical Capability Factor will be removed from further consideration for award. Once the minimum requirements are established, the team shall evaluate the offeror's quote against these requirements to determine whether the quote is acceptable or unacceptable, using the ratings and descriptions outlined herein. Quotes are evaluated for acceptability, but not ranked using the non-price factors/subfactors. In order to be considered awardable, there must be an ""acceptable"" rating in every non-price factor/subfactor. (c) Price. The total quoted price from offerors determined both responsive and technically acceptable will be evaluated and award will be made to the lowest evaluated price.� (End of provision) All questions are due no later than 10:00 A.M. on 22 May 2024. If all answers to questions submitted within this timeframe are not provided at least three (3) business days prior to bid due date, bid due date will be extended accordingly. All answers to questions (including any additional documentation provided) are distributed on a non-attribution basis. For more information regarding this solicitation please contact James Kliewer @ 419-520-6227 or via email at james.kliewer.2@us.af.mil. All offers are due by 1:00 P.M. EDT 6 June 2024 by: email james.kliewer.2@us.af.mil List of Attachments: Attachment 1: Provisions and Clauses that apply to this solicitation. Attachment 2: 179CW Performance Work Statement (PWS) Attachment 3: Richland County Wage Determination ***************************************************************************************** ***************************************************************************************** Amendment 1: Corrected Proposal Due Date to 4 June 2024. Correction fixed conflicting information between General Information and Description.� ***************************************************************************************** ***************************************************************************************** ***************************************************************************************** Amendment 2: Posted Questions and Answers ***************************************************************************************** ***************************************************************************************** ***************************************************************************************** Amendment 3: Proposal due date moved to 1:00 PM EDT on 6 June 2024.� *****************************************************************************************
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/25c0bb0127f2486487dea9991727361c/view)
- Place of Performance
- Address: Mansfield, OH 44903, USA
- Zip Code: 44903
- Country: USA
- Zip Code: 44903
- Record
- SN07085160-F 20240606/240604230114 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |